Pre-Synopsis Notice: USACE SPK Civil Works A&E Horizontal Design Services
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
    Description

    The Department of Defense, specifically the Sacramento District of the US Army Corps of Engineers, is preparing to issue a pre-synopsis notice for architect-engineer (A&E) horizontal design services under two indefinite delivery indefinite quantity (IDIQ) contracts. The procurement includes a Civil Works A&E IDIQ valued at $208 million, which is unrestricted, and a $30 million small business set-aside, with anticipated synopsis releases scheduled between June and September 2025. These services are crucial for supporting civil works projects, ensuring effective design and engineering solutions. Interested firms can reach out to primary contact Sean Summer at sean.a.summer@usace.army.mil or secondary contact Daniel E. Czech at daniel.e.czech@usace.army.mil for further information.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    A-E Civil Planning and Design Services - Multiple-Award Task Order Contract - Unrestricted with Small Business Reserve (Kansas City District)
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is soliciting qualified architect-engineer firms for a Multiple Award Task Order Contract (MATOC) focused on civil planning and design services. This unrestricted contract, which includes a small business reserve, aims to provide essential A-E services for various projects, including flood risk management, water supply, environmental infrastructure, and ecosystem restoration, across the Northwestern Division Area of Responsibility. The total contract capacity is $95 million, with seven awards anticipated, four of which are designated for small businesses. Interested firms must submit their qualifications via the PIEE Solicitation Module by January 15, 2026, and should ensure they are registered in SAM.gov and compliant with relevant regulations. For further inquiries, contact Erick Ottoson at erick.s.ottoson@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil.
    $450Million A-E Master Planning Services IDC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) - Tulsa District, is seeking qualified architect-engineer firms to provide Master Planning Services under a $450 million Indefinite Delivery Contract (IDC). The procurement aims to solicit professional, multi-discipline A-E services primarily within military and civil boundaries across Texas, Oklahoma, Louisiana, Arkansas, and southern Kansas, in accordance with relevant regulations and guidelines. These services are crucial for effective planning and environmental management in support of military and civil projects. Interested firms, particularly those classified as small businesses, Section 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB), are encouraged to respond to this sources sought notice by the extended deadline of January 16, 2026. For further inquiries, contact Thomas Howard at thomas.howard@usace.army.mil or call 918-669-4389.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    Notification to the public of consolidation of contract requirements
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Mobile District, is initiating a procurement for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) valued at $4.5 million for general repair and construction services at the Engineer Research and Development Center (ERDC) in Vicksburg, Mississippi. This contract aims to consolidate multiple discrete site requirements into a single procurement to enhance operational efficiency, streamline acquisition processes, and ensure timely completion of critical repair and construction tasks, particularly as the fiscal year concludes. The consolidation is aligned with the Small Business Administration’s 8(a) Business Development Program, supporting small business participation while providing flexibility and cost efficiency. Interested parties can contact Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details.
    USACE SPK DBB Construction - Englebright Dam and Lake HQ Building and Maintenance Shop ?Smartsville, California.
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is seeking contractors for a Design-Bid-Build (DBB) construction project at Englebright Dam and Lake in Smartsville, California. The project involves the construction of a new single-story, 5,000 square-foot Headquarters building and a 4,200 square-foot maintenance shop, which will support USACE administrative, ranger, and maintenance staff, along with the demolition of existing structures and various site improvements. The estimated construction cost ranges from $10 million to $25 million, with a contract award anticipated by March 2026 and a completion timeline of 720 calendar days from the Notice to Proceed. Interested contractors should contact Antonina Beal at antonina.beal@usace.army.mil or Rachel L. Kinney at Rachel.Kinney@usace.army.mil for further information and ensure registration in the PIEE and SAM systems prior to bid submission.
    INDEFINITE DELIVERY CONTRACT FOR ARCHITECT AND ENGINEERING (A-E) SERVICES FOR TOPOGRAPHIC AND HYDROGRAPHIC SURVEYING AND MAPPING SERVICES TO SUPPORT THE CARIBBEAN DISTRICT AND USACE
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Caribbean District, is seeking qualified small business firms to provide architect and engineering (A-E) services for topographic and hydrographic surveying and mapping. The contract aims to support various civil works projects within the geographic boundaries of Puerto Rico and the Antilles, including tasks such as property boundary surveys, geodetic control surveys, and inland hydrographic surveying. This Indefinite Delivery, Indefinite Quantity contract will have a maximum order limit of $5 million over a potential five-year period, with responses due to the primary contact, Katrina Chapman, at katrina.l.chapman@usace.army.mil by the specified deadline. Interested firms are encouraged to submit a Statement of Capability detailing their experience, equipment, and past performance relevant to the required services.
    A-E HYDROGRAPHIC MAPPING AND SURVEYING SERVICES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Portland District, is seeking responses from small business firms for architect-engineering (A-E) services related to hydrographic mapping and surveying. The procurement aims to gather information on the capabilities and qualifications of interested parties to inform future solicitation strategies, with a focus on various hydrographic and geodetic services, including single transducer and multi-beam surveys, side-scan sonar, and environmental monitoring. This contract, anticipated to be advertised in April 2026, will be awarded in accordance with the Brooks A-E Act, and interested firms must submit their qualifications and relevant project examples by January 5, 2026, at 3:00 p.m. Pacific Time, to Kristel Flores and Alicia Evans via email. Firms must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    Facility Planning Services A-E IDIQ Sources Sought Notice
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses, including 8(a), HUBZone, Woman-Owned Small Businesses (WOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), for a potential Architect-Engineer (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Facility Planning Services. The primary objective is to identify firms capable of providing a range of A-E services, including project planning documents and shore infrastructure master planning, for various Navy and Marine Corps installations across California, Arizona, Nevada, Colorado, New Mexico, and Utah, with a focus on Southern California. This contract, estimated at $30 million over five years, will require interested firms to submit their qualifications using the SF330 form by December 18, 2025, detailing relevant experience and key personnel, including an AICP certified planner and a Registered Architect. For further inquiries, interested parties may contact Britney Machado-Potestio at britney.l.machado-potestio.civ@us.navy.mil.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR DESIGN, ENGINEERING, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES FOR MILCON AND OTHER PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline architect-engineer services. This procurement aims to engage highly qualified firms to provide design, engineering, specification writing, cost estimating, and related services for Military Construction (MILCON) and other projects, primarily in Hawaii but potentially worldwide. The contract encompasses a base period of one year, with four additional one-year options and a six-month extension, totaling a maximum fee of $200,000,000. Interested firms must submit their qualifications using Standard Form SF330 by December 17, 2025, and are encouraged to review the attached documents for detailed requirements and evaluation criteria, including specialized experience and commitment to small business participation. For further inquiries, contact Brittney Lazo at brittney.a.lazo.civ@us.navy.mil or Kris Nakashima-Wong at kris.e.nakashima-wong.civ@us.navy.mil.